Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
SPECIAL NOTICE

K -- Request for Information - RFI(5922)

Notice Date
11/9/2010
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
RFI(5922)
 
Archive Date
12/23/2010
 
Point of Contact
John Tomechko, Phone: 301-757-7032, Nathaniel Miles Dean, Phone: 3017579720
 
E-Mail Address
john.tomechko@navy.mil, nathaniel.dean@navy.mil
(john.tomechko@navy.mil, nathaniel.dean@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT PBSOW REQUEST FOR INFORMATION 5.2 Atlantic Test Range 1.0 Description 1.1 The Naval Air Warfare Systems Command (NAWCAD) in support of the 5.2 Atlantic Test Range is seeking information regarding the follow on effort for Range Support Services. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service. Further, at this time, the Navy is not seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website and the NAWCAD Central website at http://www.navair.navy.mil/, or the Navy's electronic platform for acquiring services (Seaport) at http://www.seaport.navy.mil/default.aspx. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 2.0 Background The Department of the Navy, Naval Air Warfare Center Aircraft Division (NAWCAD) is seeking information regarding a technical, engineering, project management, administrative, logistics, security, and IT support services requirement to support the Atlantic Test Range and its operations. Services will be provided for three business units provided below: Atlantic Target and Marine Operations Division (AIR-5.3.3): The Atlantic Target and Marine Operations Division provides sea, air, and land targets for testing and training events. The division provides the personnel and surface assets to support the range safety clearance function, to conduct at sea testing, and to recover test articles that have been dropped on the over-water range areas. Atlantic Test Range (ATR) Facility: The Atlantic Test Range Facility provides the people, skills, knowledge, processes, facilities, and equipment required for the development, test, operation, and maintenance of various systems required to operate the open-air test facilities. The Atlantic Test Range Facility applies these skills and knowledge to support requirements for test operations. Air Vehicle Modification and Instrumentation (AVMI) Facility. Air Vehicle Modification and Instrumentation (AVMI) designs, develops, procures, builds, installs, tests and evaluates, calibrates, modifies, operates and maintains instrumentation on aircraft and engines for the Navy and other government, commercial and foreign government customers. AVMI is the lead for developing future network-based data acquisition systems. In addition, AVMI provides technical consultation to NAVAIRSYSCOM, OPNAV, DOD, contractors, and field activities and other government agencies. 2.1 Delivery Period: Services to be provided will be required for either a 3 or 5 year period from date of contract award. Estimated timeframe for contract award is August to September 2012. 2.2 Limitations: Currently, there are no limitations associated with this effort; however, as a result of continued market research the government reserves the right to set aside either a portion or all of this effort for small business. 2.3 Security Requirements: A security clearance is not required for all personnel in the specific labor categories; however, the ability to obtain a clearance is required for all personnel. Therefore, the contractor shall submit for government approval, and when required by individual tasking, a classified visit request for any contractor personnel requiring access to secured areas on or off-site. The request shall be addressed to the security office of the hosting site and contain the following; an alphabetical listing of contractor personnel with date of birth, place of birth, social security number, clearance status, contract number, site point of contact and duration of visit. 3.0 Requested Information: Performance Work Statement (PWS) DRAFT: 1. The Government is currently in the process of restructuring the Range Performance Work Statement (PWS) and is considering segregating the PWS into multiple requirements which could lead to the award of either a Multiple Award Contract (MAC) or multiple Seaport task orders. a. Please provide recommendations on what factors should be considered when determining whether the attached Draft PWS structure should be modified? b. Additionally, recommendations on the factors that should be considered with regard to separation of tasking (i.e., is there a benefit to separating the tasks into multiple contracts, if separation occurs does it make more sense to segregate tasks by business unit, competency, or functional area (Engineering services, Admin, etc.), etc.)? c. Finally, how does each of these strategies affect your likelihood to bid? 2. Would the issuance of a solicitation in Seaport-E maximize or limit competition? a. Does your company currently hold an account in Seaport-E and are you eligible to propose on requirements executed in Zone 2? 3. The Government is in the process of identifying efficiencies in regard to execution of the PWS in the areas of cost and performance. Considering this goal, as well as the need to support tasking identified in the attached Draft PWS: a. What factors (including positive and negative) should be considered when attempting to create increased efficiencies? b. What factors (including positive and negative) should be considered when contemplating separation of tasks within the structure of the PWS or by creating multiple PWSs? 4. Upon reviewing the attached Draft PWS, what are the main variables/factors considered when making a determination to bid or not to bid (i.e., CLIN structure, contract type, contract length, subcontracting goals, socio-economic programs, incentives, period of performance, contract historical data). What should the Government consider: a. To enhance competition? b. To increase Small Business participation? c. To reduce costs? d. To acquire the appropriate skill mix? e. To maximize understanding and to clarify tasking? f. What recommendations should be considered to ensure the objectives and outcomes are clearly identified? 5. Is the PWS written with sufficient detail to propose as an incentive type contract? In regards to Small Business Opportunities: 6. How could the PWS be structured or broken out to better allow maximum practicable opportunity for small business participation? 7. Would the period of performance (5 vice 3 years) impact small business likelihood to bid? 8. What percentages of the various small business socio-economic categories (e.g, Veteran Owned, 8-a, Hubzone, etc.) are achievable in specific tasking areas and/or overall? What tasking would small business be most able to perform? In regards to the Period of Performance / Proposal Turn-Around: 9. The Government is currently assessing the impact of a 3 year Seaport order versus a 5 year MAC to support the requirements set forth in the attached Draft PWS. a. What impacts, advantages, and/or disadvantages should be considered in this analysis? b. Which contract (3 year Seaport or 5 year MAC) would provide the most incentive to offerors to submit a proposal. Please discuss your reasoning? 10. In the event of a MAC type contract award, it is possible the government will require responses to task order request for proposals (TORPs) in a compressed timeframe. What is the minimum amount of time required to submit a fully compliant task order proposal for the following dollar thresholds? a. $5 Million b. $10Million c. > $25 Million 4.0 Responses 4.1 Interested parties are requested to respond to this RFI with a white paper. White papers shall be submitted in Microsoft Word for Office 2003, Times New Roman 12 font, and are due no later than 08 December 2010, 4:00pm EST. White papers shall be submitted via e-mail only to [john.tomechko@navy.mil]. 4.2. The number of pages in Section 1 of the white paper shall not be included in the 15-page limitation, i.e., the 15-page limitation applies only to Section 2 of the white paper. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: 4.2.1. Name, mailing address, phone number, fax number, and e-mail of designated point of contact. 4.2.2 Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541330, Engineering Services. "Small Business Concern" means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. This requirement has several applicable NAICS and PSC codes. The size standards for each of these different NAICs and PSC codes to be qualified as a small business can be located on the following site http://www.sba.gov/contractingopportunities/officials/size/index.html A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than 4.5 million dollars in annual receipts. Annual receipts of a concern that has been in business for 3 or more complete fiscal years means the annual average gross revenue of the concern taken for the last 3 fiscal years. Annual receipts of a concern that has been in business for less than 3 complete fiscal years means its total receipts for the period it has been in business, divided by the number of weeks including fractions of a week that it has been in business, and multiplied by 52. Respondees are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.arnet.gov. 4.3 Section 2 of the white paper shall answer the questions raised in Section 3 of this RFI and shall be limited to 15 pages. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 5.0 Industry Response / Clarifications NAWCAD Contracts representatives may or may not choose to contact potential offerors. Such communications would only be intended to get further clarification of written responses. 6.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide Range Support Services. The information provided in the RFI is subject to change and is not binding on the Government. The Navy has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/RFI(5922)/listing.html)
 
Place of Performance
Address: Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN02324637-W 20101111/101109233958-4ec0da070043daaa12afaf47a3ce788a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.